Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

58 -- Land Mobile Radios

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 761st Tank Bat. Ave Room W103, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W45CMJ01252000
 
Response Due
7/19/2010
 
Archive Date
1/15/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45CMJ01252000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACC MICC Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, P7150 Portable Radio, Harris,MACOM manufacture, Model Number P7100IP, series P7150IP Portable Radio w/battery. Features, Priority Group Scan, Dynamic Regroup, Profile (OTAP), Proscan Roaming, Narrow Band, FIPS 140-2, Coventional Emergency, Priority System Scan, Wide Area System Scan, Aegis Digital Voice, Provoice Digital Voice, DES Features, Priority Encryption, AES Encryption, Project 25 Common Air Interface, Project 25 Trunking, Project 25 Data, Project 25 Over the Air Re-Keying, Type 99 Encode,Decode, Battery per radio, Nimh, Extra Hi Capacity, part HTPA9P, Antenna, 378 to 430MHZ, Helical, part HTNC5B, Belt Clip, Metal, part HTHC7P. Note: Radios shall be fully compatible with existing Digital Radio Trunking System, must not cause addition/modification of existing hardware,software and equipment must be compatible with installations Radio Program Manager software., 12, EA; LI 002, P7150 Portable Radio, Harris,MACOM manufacture, Model Number P7100IP, series P7150IP Portable Radio w/battery. Features, Priority Group Scan, Dynamic Regroup, Profile (OTAP), Proscan Roaming, Narrow Band, FIPS 140-2, Coventional Emergency, Priority System Scan, Wide Area System Scan, Aegis Digital Voice, Provoice Digital Voice, DES Features, Priority Encryption, AES Encryption, Project 25 Common Air Interface, Project 25 Trunking, Project 25 Data, Project 25 Over the Air Re-Keying, Type 99 Encode,Decode, Battery per radio, Nimh, Extra Hi Capacity, part HTPA9P, Antenna, 378 to 430MHZ, Helical, part HTNC5B, Belt Clip, Metal, part HTHC7P. Note: Radios shall be fully compatible with existing Digital Radio Trunking System, must not cause addition/modification of existing hardware,software and equipment must be compatible with installations Radio Program Manager software., 12, EA; LI 003, M7100IP Desktop Base, Station, Manufacture Harris, MACOM Model M7100(IP), Desktop Station, control unit system front mount, EDACS Security Key (ESK) w Provoice feature and tone remote, Features, Priority Group Scan, Dynamic Regroup, Profile (OTAP), Proscan Roaming, Narrow Band, FIPS 140-2, Coventional Emergency, Priority System Scan, Wide Area System Scan, Aegis Digital Voice, Provoice Digital Voice, DES Features, Priority Encryption, AES Encryption, Project 25 Common Air Interface, Project 25 Trunking, Project 25 Data, Project 25 Over the Air Re-Keying, Type 99 Encode,Decode, Battery per radio, Nimh, Extra Hi Capacity, part HTPA9P, Antenna, 378 403MHZ, Helical, part HTNC5B, Belt Clip, Metal, part HTHC7P. Note: Radios must be fully compatible with existing Digital Radio Trunking System, must not cause addition/modification of existing hardware,software and equipment must be ompatible with installations Radio Program Manager software. Advance Encryption Standard (AES) for P25 Trunking, P25 Coventional, and Provoice Trunking. Which includes the following features, cable station to antenna part DSCE3G, kit standby power transfer part DSSU3H, microphone desk, part MAHG MC5A, part MAHG CP7V, Radio P25 Digital Conventional part M7100IP, MAHG SNMXA Features include: P25 Data, part MAHG PL7P, Over the Air Rekeying, Part MAHG PL5L, P25 Trunking, part MAHG PT, AES Encryption, Part MAHG FP, ProRoam, Profile, Part MAHG EN. Radios shall be fully compatible with existing Digital Radio Trunking System, must not cause addition/modification of existing hardware, software and equipment must be compatible with installations Radio Program Manager software., 1, EA; LI 004, Leather Case with belt loop & swivel,Manufacture Harris, MACOM, Black Case, Leather, w belt loop and swivel, part HTHC7N, 24, EA; LI 005, Microphone, Lapel, Standard, Manufacture Harris, MACOM, Immersion rated speaker microphone, P7100, Part HTAE7A, 24, EA; LI 006, Battery, Manufacture Harris, MACOM Battery, Nimh, Extra Hi Capacity, DR., part HTPA9P, compatible with MACOM P7100, 24, EA; LI 007, Charger, Manufacture Harris, MACOM, Model HTCH9E, Charger Desk Rapid 12-230VAC, 24, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of anitem that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency.Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid.If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. NAICS Code 334220 must be on Contractor's CCR before a bid can be accepted Fedbid is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Fedbid is NOT a forum forfiling protests against the Government. Attempts to file protests throughFedbid will not be considered legitimate as they do not conform to the If youwant to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures.requirements in the Federal Acquisition Regulation (FAR).Interested parties wishing to file an agency protest must abide by theprovisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications;FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Proposed responders must submit any questions concerning this solicitation before 9 July 2010, 1300 CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) See attached applicable clauses Bid MUST be good for 30 days after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47c12e60bae63b7474c74698db72cca4)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN02205897-W 20100716/100714235312-47c12e60bae63b7474c74698db72cca4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.